Loading...
HomeMy WebLinkAbout42-99 RESOLUTION• RESOLUTION NO t, 2_99 A RESOLUTION AWARDING BID NO. 99-30, IN THE AMOUNT OF $33,079, TO FRANKLIN & SONS, FOR THE RE -ROOFING OF THE CITY ADMINISTRATION BUILDING ROOF; AND APPROVAL OF A 10% CONTINGENCY. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS* Section 1 That the City Council hereby awards Bid No. 99-30, in the amount of $33,079, to Franklin & Sons, for the re -roofing of the City Administration Building roof; and approving a 10% contingency. A copy of the bid tabulation is attached hereto marked Exhibit "A" and made a part hereof. PASSED AND APPROVED this 23`1 day of March , 1999. APPROVED. By. F d Hanna, Mayor ATTEST: By: Heather Woodruff, City Cler ADMINISTRATION BUILDING DESCRIPTION • .FRANKLIN & SON HARNESS ROOFING ROOFING SYSTEMS • CERTIFIED • • • INVITATION TO BID .. BID # 99-30 DATE ISSUED: February 8 1999 DATE _ AND —REQUIRED:- February TIME dr 015ENING: 22, 1999 at 11:00 a.m. —BUTER- - City of FAyetteville, - 'DATE AR As scheduled -- - by Project Manager —GUARANTEED r. Fayetteville, 0. B. AR BUYER'S (5_pi) PHONETI—T 575-8289 30 Days DELIVERY DATE: - ITEM # DESCRIPTION 1 QUANTITY UNIT PRICE 1 TOTAL PER Re ATTACHED SPECIFICATION City Administration 1 33,079.00 1 roof as specified SUBCONTBACT_QRS: Franklin RA Son, Inc. Mandatory 100% Performance Bond required $20,000 to proceed Project Manager site visit at 575-8361 5% BID WITH BIDS CONTRACTOR'S 0029380399 Pre -Bid Conference at & Payment on contracts of or more before notice is given. to contact for is Mr. Harold Dahlinger BOND REQUIRED SUBMITTED OVER $20,000. LICENSE# 10:00 on 2/11199 in City Admin. #326 Mandatory on RESTRICTIONS TO THE BID bids $20,000 OR EXCEPTIONS MUST BE I or more. NOTED: I Upon signing requirements conditions, furnish this set and these articles Bid, the forth pertinent at in bidder certifies this bid proposal, information the prices stated. EXECUTION regarding OF BID that they have read and agree to the including specifications, terms and standard the articles being bid on, and agree to UNSIGNED BIDS NAME OF FIRM: Franklin 81 Son, INc. PHONE: 1FEDERAL ID# 267-5544 I 71-0461598 WILL BE REJECTED BUSINESS ADDRESS. il.23B2__w_Highjoy 62 CITY AND STATE- Fayetteville, AR ZIP. . 72730. AUTHORIZED N•TURE: c0 _ TITLE: •DA -TE: Project Manager 2/2/99 ___ _ r ___ __ _. _ • FAYETTEVILLE CITY ADMINISTRATION BUILDING 113 WES I' MOUNTAIN STREET RE -ROOF SPECIFICATIONS Remove exisiting roofing and insulation down to existing decking, and haul away all debris to an approved landfill. Mechanically attach one layer of 4" isocyanurate insulation. Install 45 mil. Reinforced EPDM roof system, mechanically attached, with 7 ft. Seam spacing All seam and flashing splices to be made with tape in lieu of adhesive. Provide 15 year labor & material warranty from manufacturer. Approved manufacturers include Genflex, Firestone, and Carlisle. Replace all sheet metal items which are built into the roof system. Existing gutter and downspouts to remain. Provide metal covers for masonry chimneys. All work to be coordinated with I-1VAC equipment replacement contractor. All bidders must attend pre-bid conference. CITY OF FAYETTEVILLE, ARKANSAS Tcrms and Conditions 1. All bids shall be submitted in a sealed envelope and must be submitted on forms provided by the City. 2. The item bid and the bid number shall be stated on the face of the scaled bid envelope. 3. Bidders shall include all applicable local, state, and federal sales tax in bid. The responsibility of payment shall remain with the successful bidder. 4 Bids received after the date and time set for receiving bids will not be considered. 5. The City reserves the right to accept or reject any or all bids, waive formalities in the bidding and make a bid award deemed to be in the best interest of the City. The City shall be able to purchase more or less than the quantity indicated subject to availability of funds. 6. The bid price shall remain good and firm until project is completed. 7. All products delivered shall comply with applicable standards of quality. 8. Any exceptions to the requirements of the City of Fayetteville must be noted on the Bid Form. Prices shall include all labor, materials, overhead, profit, insurance, etc., to cover the furnishing of the items bid. 10. Each bidder shall state on the face of the bid form the anticipated number of days from the date of receipt of an order for delivery of equipment and installation to the City of Fayetteville. 11. Copy ofthe warranty shall accompany the bid, and any exceptions to the warranty shall be clearly noted on the bid form. 12. Bidders must provide the City with their bids signed by an employee having legal authority to submit bids on behalf of the bidder. The entire cost of preparing and providing responses shall be bome by the bidder. 13. The City reserves the right to request any additional information it deems necessary from any or all bidders after the submission deadline. 14. The request for bid is not to be construed as an offer, a contract, or a commitment of any kind; nor does it commit the city to pay for any costs incurred by bidder in preparation of bid. • • • 15. The City will not be responsible for misdirected bids. Vendor should call the Purchasing Office at (501) 575-8289 to insure receipt of their bid documents prior to opening time and date listed on the bid form. 16. If products and/or components othcr than those described in this bid document are proposed, the bidder must include complete descriptive literature and technical specifications. All requests for additional information must be received within five working days following the request. 17. Bids must be hand delivered or received by mail in the Purchasing Office, Room 306, 113 W. Mountain Si Fayetteville, AR 72701, on or before the time of closing listed on the face of the bid. *18. Public improvement bids with a total of $20,000 or more shall submit certificates of insurance within 10 days of notice of bid award. Certificates of insurance are to be addressed to the City of Fayetteville, showing that the contractor carries the following insurance which shall be maintained throughout the term of the bid. Any work sublet, the contractor shall require the subcontractor similarly to provide the same insurance coverage. In case any employee engaged in work on the project is not protected under Workers' Compensation, the Contractor shall provide, and shall cause each subcontractor to provide, adequate employer's liability insurance for the protection of such of his employees as are not otherwise protected. Workers' Compensation: Comprehensive General & Automotive Liability: Property Damage Liability: Statutory Amount $250,000 each person. $500,000 aggregate. $100,000 aggregate. *19. Public improvement bids with a total of $20,000 or more require a 5% bid bond and if awarded, a 100% performance and payment bond to be submitted before notice to proceed is given. *20. Public improvement bids exceeding $20,000 or more require a contractor's license. *21. The City shall pay Contractor based on unit prices indicated in contractor's bid proposal. Progress payments will be made after approval and acceptance of work and submission of invoice. Payments will be made approximately 30 days after rcceipt of invoice. *-)2. Contractor shall not assign his duties under the terms of this agreement. All work shall be coordinated directly with the Project Manager, or their designee. *Applies 10 construction public improvement projects only, unless otherwise noted. • CONTRACT This contract executed this day of 1999, between the City of Fayetteville, Arkansas, hereinafter called the City, and Franklin A, Sons hereinafter called the Contractor, and having an address at 12382W. HWY 62 Farmington, AR 72730 In consideration of the mutual covenants contained herein, the parties agree as follows: 1. The Contractor at his own cost and expense shall furnish all labor, materials, supplies, machinery, equipment, tools, supervision, bonds, insurance, tax permits, and all other accessories and services necessary to complete items bid per bid 99-30 as stated in CONTRACTOR'S PROPOSAL, and in accordance with specifications attached hereto and made a part hereof under Bid #99-30, all included herein as if spelled out word for word. 2 The City shall pay the Contractor based on prices indicated in Contractor's Proposal. Progress payments will be made 30 days after approval and acceptance of work and submission of invoice. Amount of contract not to exceed $ 33,079.00 3 The Contract documents which comprise the contract between the City and the Contractor consist of this Contract and the following documents attached hereto, and made a part hereof: A. Bid form identified as Invitation to Bid 99-30 with the specifications and conditions typed thereon. B. The Contractor's proposal. C. The Notice to Prospective Bidders and the Bid Tabulation. 4 These Contract documents constitute the entire agreement between the City and the Contractor and may be modified only by a duly executed written instrument signed by the City and the Contractor. 5 Contractor shall not assign his duties under the terms of this agreement. 6 Contractor agrees to hold the City harmless and indemnify the City, against any and all claims for property damage, personal injury or death, arising from Contractor's performance of this contract. This clause shall not in any form or manner be construed to waive that tort immunity set forth under Arkansas Law. 7. The Contractor shall furnish a certificate of insurance addressed to the Owner, showing that he carries the following insurance which shall be maintained throughout the term of the Contract. Any work sublet, the contractor shall require the subcontractor similarly to provide worker's compensation insurance. In case any employee engaged in work on the project under this contract is not protected under Worker's Compensation Insurance, the Contractor shall provide and shall cause each Subcontractor to provide adequate employer's liability insurance for the protection of such of his employees as are not otherwise protected. WorkersCompensation Statutory Amount Comprehensive General & Automobile Insurance Bodily Injury Liability Property Damage Liability $250,000 for each person injured. $500,000 for each accident. $250,000 for each accident. $500,000 aggregate. The premiums for all insurance and the bond required herein shall be paid by the Contractor. 8. If contract exceeds $20,000, Contractor agrees to furnish a Performance Bond, approved by the City, guaranteeing the performance of this contract, for not less than one hundred percent of the amount of this contract. Said performance bond shall be conditioned on full and complete performance of this contract and acceptance by the City of Fayetteville for the payment of all labor and materials entering into or incident to the proposed improvements. The Contractor agrees to furnish proof of licensure as required under the terms of Act 150 of the 1965 Acts of the Arkansas Legislature. 9. Contractor agrees to begin work within ten (10) days of notice to proceed and complete the work within 30 calendar days thereafter. Liquidated damages of $100 per day shall be assessed at the option of the City, not as a penalty, beginning on the first day following the completion time to cover additional costs. 10. All work called for herein shall be coordinated directly with the Project Manager or their designee, at 575-8361. 11. This contract may be terminated by the City with 10 days written notice. 12. Contractor shall be responsible for meeting compliance with ADA regulations. WITNESS OUR HANDS THIS r."41.3 DAY OF /17;464 , 1999. ATTEST: CITY CLERK A'AnA;ar4 A9g94, ATTEST: SECRETARY CITY OF FAYETTEVILLE, FAYETTEVILLE, ARKANSAS BY FIRM NAME NAME AND TITLE rept) f..„ A rat.. "rde H el,>)3.0 BUSINES ADDRESS STAFF REVIEW4FORM XX AGENDA REQUEST CONTRACT REVIEW GRANT REVIEW For the Fayetteville City Council meeting of March 161 1999 FROM liar.-Q10--adthnatl Name facilities Superintendent 410.1111111.aratile_aeat_S Division Department ACTION REQUIRED:Award of bid to Ranklin & Sons, low bidder, to reroof the City Administration Building and approve a 10% contingency. COST TO CITY: /- 36,387 Cost of this Request 4470-9470-5804-00 Account Number 96028 Project Number $ 350,000 Category/Project Budget Building Improvements Category/Project Name Funds Used To Date Program Name $ 350/000 Remaining Balance Sales Tax Capital Fund Budget' Coordinator XX Budgeted em Budget Adjustment Attached Administrative Services Director CONTRACT/GRANT/LEASE Acc2ting/Ma C y A orney t o REVIEW: Date 071 Dad 3-1 -A 1 Purchasing Officer Date GRANTING AGENCY: 7 si7.4 &knit YieCO 02-026 - 9? I ternal Audit° Date ADA Coordinator Date STAFF RECOMMENDATION:Staff recommends approval • 10% contingency. •lvxs on ad c2t e hA) Department D'rector (\ Date LAA,-- laR91 , Administ tive Services Director Date Mayor' 4,4ehntie Mayo Date award of bid to Franklin & Son and Cross Reference New Item: Yes No Prey Ord/Res ft: Orig Contract Date: A:\AGENDA.BLK • STAFF MIDI MS Description Comments: Budget Coordinator Accounting Manager City Attorney Purchasing Of[icer ADA Coordinator Internal Auditor Refererce aliments: Meeting Date Page 2 FAYETTEVILLE THE CITY Of FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE tkr?j cleit To: Harold Dahlinger, Building Maintenance From: Heather Woodruff, City Clerk Date: March 31, 1999 Attached is a copy of resolution awarding Bid 99-30 with Franklin and Sons for the re -roofing of the City Administration Building. I am also returning one original contract for you to distribute. Your purchase requisition has been forwarded to the Internal Auditor. The original will be microfilmed and filed with the city clerk. cc. Internal Auditor file ACORD • no CERTIFICATE OF LIABILITY DATE (MMODNY) k) . INSURANCE • • 05/04/1999 PRODUCER (501)521 7800 FAX (501)521-8617 McNair & Associates P.O. Box 819 201 N. East Ave. Fayetteville, AR 72702-0819 Attn: Brian Yandell Ext: INSURED Franklin & Son Inc 12382 W Highway 62 Farmington, AR 72730 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVEFtAGE AFFORDED BY THE POLICIES BELOW. 4 COMPANIES AFFORDING COVERAGE ,1•41 COMPANY Valley Forge Insurance Co n A Al Transportation Insurance Co compowv C B - • • i 1 COMPANY Transcontinental Insurance Co two c r COMPANY D 3 COVERAGES THIS INDICATED. CERTIFICATE EXCLUSIONS COPOUCY LTR IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF LI BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD t ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, BEEN REDUCED BY PAID CLAIMS EFFECTIVE POLICY EXPIRATION LIMITS (MWDDYY) DATE (MWDONY) MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE TYPE OF INSURANCE POLICY NUMBER DATE GENERAL LIABILITY GENERAL AGGREGATE 1 2000000 COMMERCIAL GENERAL LABILITY PRODUCTS . COMP/OP AGO $ 1000000 CLAIMS MADE OCCUR PERSONAL & ADV INJURY $ 1000000 • C202338587 05/01/1999 05/01/2000 f OWNERS & CONTRACTOR'S PROT I EACH OCCuRREHCE6 $ 10 0 0 0 0 0 • FIRE DAMAGE (Any ane foe) $ 50000 MED EXP (Any Ale Fence) $ 5000 AUTOMOBILE LIABILITY COMBINED SINGLE LIWT $ ANY AUTO ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per penlorg C102274589 05/01/1999 05/01/2000 I HIRED AUTOS BODILY INJURY $ NON -OWNED AUTOS (Per 'cadent) PROPERTY DAMAGE $ . GARAGE LIABILITY ANY AUTO AUTO ONLY - EA ACCIDENT OTHER THAN AUTO ONLY EACH ACCIDENT' AGGREGATEIS $ $ _ . . . EXCESS LIABILITY EACH OCCURRENCE UMBRELLA FORM AGGREGATE . . ' OTHER THAN UMBRELLA FORM 1 IS $ $ WC STATIJ. . OT -4. WORKERS COMPENSATION AND TORY LIMITS ER EMPLOYERSwarn F I. F.ACH ACCIDENT $ 500000 C WC120631526 05/01/1999 05/01/2000 THE PROPRiETOFU INCL EL DISEASE -POLCY umiT $ 500000 PARTNERS/EXECUTIVE OFFICERS ARE: EXCL EL DISEASE -EA EmPLOYEE $ 500000 OTHER DESCRIPTION OF OPERATIONS/LOCATIONS/YE CLE$JSPECIAI ITEMS CERTIFICATE HOLDER CITY OF FAYETTEVILLE 113 WEST MOUNTAIN ST FAYETTEVILLE, AR 72701 ACORD 254 (1/95) CANCELLATION SHOULD ANY OF THE ABOVE EXPIRATION DATE THEREOF. 10 DAYS WRITTEN DESCFUBED POLICIES BE CANCELLED BEFORE THE THE ISSUING COMPANY MU ENDEAVOR TO AUJL NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. 1.LOTtL1110€44E140 OBLNIATION OR LIABILITY 460aBabilltStIVES. BUT FAILURE2/cSUL OF ANY KIND AUTHORIZED REPRESEN / i ORD CORPO unalt.g-Kg-iiskattigerig •Fl•PEMAN S FUND iNSURANCE COMPANY '* 0 THE AMERICAN INSURANCE COMPANY 0 NATIONAL SURETY CORPORATION Fifinums FUND 0 ASSOCIATED INDEMNITY CORPORATION DISUMUCCE COMPJUGES 0 AMERICAN AUTOMOBILE INSURANCE COMPANY Franklin & Son, Inc. dai ki • ft, ARKANSAS STATUTORY PERFORMANCE AND PAYMENT BOND dB Principal, hereinafter called Principal and The American Insurance Company as Surety, hereinafter called Surety, are held and firmly bound unto Fayetteville, AR 72701 City of Fayetteville, 115 S Church, as Obligee, hereinafter called Owner, in the amount of Thirty Three Thousand Seventy Nine and no/100 Doan (s 33,079.00 For the payment whereof Principal and Surety bind themselves, their heirs, personal representatives. successors and assigns. jointly and severally. firmly by these presents. Principal has by written agreement dated entered into a contract with Owner for re -roofing City Administration Bldg, Fayetteville, Arkansas which contract is by reference made a part hereof. and is hereinafter referred to as the Contract This condition of this obligation is such that 11 the Principal shall faithfully perforni the Contract on his part and shall fully indemnify and save harmless the Owner from all cost and damage which he may suffer by reason of failure so to do and shall fully reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any such default. and, further, that if the Principal shall pay all persons all indebtedness for labor or materials furnished or performed under said contract failing which such persons shall have a direct right of action against the Principal and Surety jointly and severally under this obligation, subject to tho Owner's priority. then this obligation shall be null and void; otherwise it shall remain in full force and effect. No suit, action or proceeding shall be brought on this bond outside the State of Arkansas. No suit. action or proceeding shall be brought on this bond except by the Owner after twelve months from the date final payment is made on the Cont ract, not shall any suit, action or proceeding be brought by the Owner after two years from the date on which the final payment under the Contract falls due. Any alterations which may be made in the terms of the Contract. or in the work to be done under it. or the giving by the Owner of any extension of time for the performance of the Contract, or any other forbearance on the part of either the Owner or the Pnncipal to the other shall not in any way release the Principal and the Surety or Sureties, or either or any of them. their heirs. personal representatives. successors or assigns from their liability hereunder, notice to the Surety or Sureties of any such alteration, extension or forbearance being hereby waived. In no event shall the aggregate liability of the Surety exceed the sum set out herein. F.xecuted on this 15th day of April 71, 7:72EBT3 - APR 1 9 1999 360308-10-8? By 1999 Fra klin & Son, Inc. Ca6 Principal X"( )47Sa21 FIREMAN'S FUND INSURANCE COMPANY NATIONAL SURETY CORPORATION THE AMERICAN INSURANCE COMPANY ASSOCIATED INDEMNITY CORPORATION AMERICAN AUTOMOBILE INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY MESE PRESENTS: That FIREMAN'S FUND INSURANCE COMPANY. a California narration. NATIONAL SURETY CORPORATION, r Illinois concretion. THE AMBUCAN INSURANCE COMPANY. a New Jersey corporation redomeuiceted in Nebraska ASSOCIATED INDEMNITY CORPORATION. a California corporation. ard AMERICAN AUTOMOBILE INSURANCE COMPANY. a Minor conoration. (herein collectively called lhe Companies-) dews each hereby appoint JOHN A, MCNA IR , MARK R. MCNAIR, BRIAN YAND ELL , RAY ETTEV ILL E AR dick( snd lawful Anorney(s)-in-Fact with full power of amhorits hereby conferred in their narne. place and stead. to execute. seal. acknowledge and deliver any and all toads. undenakings. recognizance% or mho %Timm obligations in the nature themsf and to bind the Companies thereby es fully *14 10 the same extent as if such ta* were signed by the Resident. sealed with the caporate seals of the Companies and duly maned by the Companies' Secretary. hereby ratifying and confirming all dun the said Atiotney(sFin-Fect may do in the premises. This wan auctme-/ is granted under and by re amScrity cf Antes VII cf the By-trie. of FIREMAN'S FUND INSUP_ANCE COMPANY. NATIONAL SURETY CORPORATION. THE AMERICAN INSURANCE COMPANY. ASSOCIATED INDEMNITY CORPORATION and AMERICAN AUTOMOBILE INSURANCE COMPANY which 'envisions we now in full force and effect. This pawn of attorney is signed and sealed under the ainhonty of the following Resolution adopted by the Baud of Directors of FIREMAN'S FUND INSURANCE COMPANY. NATIONAL SURETY CORPORATION. THE AMERICAN INSURANCE COMPANY. ASSOCIATED INDEMNITY CORPORATION arid AMERICAN AUTOMOBILE INSURANCE COMPANY w a meting duly called and held, or by written consent. on the 19th day of March. 1995. and said Resolution has not ken amended or repealed: RESOLVED. that the signanne of any Vice-Pnesidem. ASSiStrl Sircresmy. and Resident Anistani Searaary of the Companies. and the seal of the Companies may be affixed or pnnted on any power of enemy. on ally revocation of any parr of anorney. or on any andicate relining thento. by facsimile. and any power of attorney. any moron of any power °fanny. or cenificate busing such factinsik signature cc facsimile seal shall be valid and binding upon the Companies." this 94 day of IN WTTNE,SS WHEREOF. the Compaarlunies Ire caused theitypyres to be signed by their Vice -Presider and reit cermet seals to be J a r y STATE OF CALIFORNIA COUNTY OF MARIN By FIREMAN'S FUND INS NATIONAL SUR THE AMERICAN INS MATED R4 UTOMOBILE INS WePteuden o affixed COMPANY RPORATION COMPANY CORPORATION CE COMPANY Quits 7R day of .Tartuary . S before me personally came Plyfrato Al inges-ii to me known. yr. bung by me duly sworn. did depose and say thu be ti a Vice Resident Meech compury. descnbed in and which executed the above wont that be knows the seals ate said Companies; that the seals affixed to the said instnurent are acts company seer dtst they wen soaffixed by order of the Board of Directors of said camases rd dtat he signed his nine theieto by hke order. IN WITNESS WHF-REOF, I Judy K. Bechtold c comm. 01009437 NOTARY PUBLIC - CAUFORN113 SONOw. COUNTY Comm. Exp June 2, 2000 the day and year herein fiat above written. commie OF MARIN STATE OF CALIFORNIA I es. 1. the undenigned. Resident Assistant Seminary of each company. DO HEREBY CERTIFY that die f and attached POWER OF ATTORNEY rennin in fun kat and has not been rented; and furirmore that Article VII of the By -Ian of each commily, and the iron of ttw Board of ntinicr we now m fen Signed and seakd die Cconty of Marin. Dated die 6A--- day of M0791-11-98 if.clertine L)f\c APR 1 9 1999 Li Lha.40•4;a2n179CAMistri"- MSS= Away Sawa" ACORD ns CERTIFICATE OF LIABILITY FAX (501)521 8617 Ext • 1 INSURANCE DATE (MWDO(TY) o 04/15/1999 PRODUCER (501)521 7800 McNair & Associates P.O. Box 819 201 N. East Ave. Fayetteville, AR 72702-0819 Attn: INSURED Franklin & Son Inc 12382 W Highway 62 Farmington, AR 72730 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE COMPANy Valley Forge Insurance Co A COMPANY C N A B COMPANY Transportation Insurance Co C COMPANY Transcontinental Insurance Co D COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WTH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAJN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS CO POUCY EFF EC nvE POLICY EXPIRATION TYDE OF INSURANCE POLICY NUMBER UMITS L TR DATE (MWODNY) DATE (MM/DD/TY) GENERAL UABIUTY GENERAL AGGREGATE X . COMMERCAL GENERAL LABILITY PRODUCTS • COMPsOP AGG CLAIMS MADE X 0CCURC202338587 05/01/1998 05/01/1999 PERSONAL & ADV INJURY A OwNERS IL CONTRACTORS PROT EACH OCCURRENCE FIRE DAMAGE (Any one ke) MED EXP (Any one persCsi) 1 $ 2000000 , $ 1000000 ! $ 1000000 I $ 1000000 $ 50000 $ 5000 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ X . ANY AuTO 1,000,000 t ALL OWNED AUTOS BODILY INJURY . S SCHEDULED AUTOS (Per penon) B , 102274589 05/01/1998 05/01/1999 I A HIRED AUTOS BODILY INJURY : S X NONOWNED AUTOS (Per act:Cent) I PROPERTY DAMAGE . S GARAGE LIABILITY AUTO ONLY - EA ACCIDENT • S • ANY AUTO OTHER THAN AUTO ONLY: EACH ACCIDENT $ EACH AGGREGATE $ EXCESS LIABILITY EACH OCCURRENCE $ 5,000,000 C X UMBRELLA FORM C174908392 05/01/1998 05/01/1999 AGGREGATE $ OTHER THAN UMBRELLA FORM $ WC SIAM- OTR. WORKERS COMPERSATON AND TORY LIMITS ER EMPLOYERSLIABILITY EL EACH ACCIDENT $ 500000 D WC120631526 05/01/1998 05/01/1999 P P ' THE PROPRIETOR/ INCL. EL DISEASE - POLICY LIMIT $ 500000 PARTNERS/EXECUTIVE OFFICERS ARE EXCL EL DISEASE. EA EMPLOYEE $ 500000 OTHER DESCRIPTION OF OPERATIONS,LOCATIONSIVEHICLES/SPECIAL ITEMS CERTIFICATE CITY 113 FAYETTEVILLE, ACORD 25-S HOLDER i LIU OF FAYETTEVILLE WEST MOUNTAIN ST A O TgaJMICTMCii APR 1 9 1999 Li CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POUCIES EXPIRATION DATE THEREOF, THE ISSUING COMPANY 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE BE CANCELLED BEFORE THE WILL ENDEAVOR TO MAIL HOLDER NAMED TO THE LEFT, SENOOBUGijIONORLIA8IUTY OR REPRES ATIVES. BUT FAILURE TO MAIL SUCH NOTICE SHALL I OF ANY KIND UPON THE COMPANY. ITS AG AUTHORIZED REPRESENTATIVE Brian Yandell/PAT AR 72/01 (1/95) @AC CORPOFtATIO 1988 s. • FIREMAN S FUND INSURANCE COMPANY • • THE AMERICAN INSURANCE COMPANY • NATIONAL SURETY CORPORATION mums rumD ASSOCIATED INDEMNITY CORPORATION DOURIUCE CtIMPAIIIESD AMERICAN AUTOMOBILE INSURANCE COMPANY We. Franklin & Son, Inc F9.17 ..1.09. PS. 42-9, ARKANSAS STATUTORY PERFORMANCE AND PAYMENT BOND as Principal. hereinafter called Principal and The American Insurance Company as Surety. 1 hereinafter called Surety, are held and firmly bound unto Fayetteville AR 72701 City of Fayetteville, 113 W Mountain Street, T as Obligee, hereinedter called Owner, in the amount ofhirty Three Thousand, Seventy Nine and no/100 3 Pollan ($3,079.00 for the payment whereof Principal and Surety bind themselves, their heirs, personal representatives, successors and assigns. jointly and severally. firmly by these presents. Principal has by written agreement dated entered into a contract with Owner for partial reroofing of the Fayetteville City Administration Building Contract 11703, Purchase Order 99-0001467-001 which oontract is by reference made a part hereof. and is hereinafter referred to as the Contract. This condition of this obligation is such that if the Principal shall faithfully perform the Contract on his part and shall fully indemnify and save harmless the Owner from all cost and damage which he may suffer by reason of failure so to do and shall fully reimburse and repay the Owner all outlay and expense which the Ovmer may incur in making good any such default, and, further, that if the Principal shall pay all persons all indebtedness for labor or materials furnished or performed under said contract failing which such persons shall have a direct right of action against the Principal and Surety jointly and severally under this obligation, subject to the Owner's priority, then this obligation shall be null and void; otherwise it shall remain in full force and effect. No suit. action or proceeding shall be brought on this bond outaide the State of Arkansas. No suit, action or proceeding shall be brought on this bond except by the Ownerafter twelve months from the date final payment Is made on the Contract, not shall any suit. action or proceeding be brought by the Owner after two years from the date on which the final payment under the Contract falls due. Any alterations which may be made In the terms of the Contract. or in the work to be done under it or the giving by the Owner of any extension of time for the performance of the Contract. or any other forbearance on the part of either the Owner or the Principal to the other shall not in any way release the Principal and the Surety or Sureties, or either or any of them, their heirs, personal representatives, successors or assigns from their liability hereunder. notice to the Surety or Sureties of any such alteration, extension or forbearance being hereby waived. In no event shall the aggregate liability of the Suret-y exceed the sum set out herein. Executed on this 25th day of June 19 99 360308-10-87 FRANKLIN & SON, INC. By C2fret4424 4.001a berwsztpai Gary Atearman, Prdsident THE A RICAN 4NSURANCE CIMPANY 411144 Brian Yand 11, Attorney-in-fact By • . . FIREMAN'S FUND INSURANCE COMPANY • . - • . . NATIONAL SURETY CORPORATION ASSOCIATED INDEMNITY CORPORATION THE AMERICAN INSURANCE COMPANY AMERICAN AUTOMOBILE INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That FIREMAN'S FUND INSURANCE COMPANY. a Califomia cap:ration. NATIONAL SURETY CORPORATION. an Illinois corporation THE AMERICAN INSURANCE COMPANY. a Nevi Jersey corporation redomesticated in Nelwaska. ASSOCIATED INDEMNITY CORPORATION. a Cali(omia corporate. and AMERICAN AUTOMOBILE INSURANCE COMPANY. a Missimai oceporation Onto collectively called -the Companies-) dca each hereby appoint JOHN A. MCNAIR, MARK R. MCNAIR, BRIAN YANDELL, FAYETTEVILLE AR their out and lawful Anamey(O-in•Fact. vnth full cower of intros hereby content in their name. place and acad. to executes seal. acknowledge and deliver any and all bonds. undenakings. recognizance" or abet %TM= obligation m the moire thaeof and to bind the Companies thereby as fully and to the same extent as if such bonds were signed by the President. sealed with the cavity( seats of the Companies and duly *nested by the Companies' Secretary. hereby =dying and confirming all that the rad Attomey(sl-in•Fact may do in the genuses. This power of snotty is grimed under and by the nitharity of Anicle VII of the By•laws of FIREMAN'S FUND INSURANCE COMPANY. NATIONAL SURETY CORPORATION. THE AMERICAN INSURANCE COMPANY. ASSOCIATED INDEMNITY CORPORATION and AMERICAN AUTOMOBILE INSURANCE COMPANY which provisions are stow in full force and effect • This power of attorney is signed and sealed under the authccity of die folkowing Resolution adopt by the Board of Directors of FIREMAN'S FUND INSURANCE COMPANY. NATIONAL SURETY CORPORATION. 711E AMERICAN INSURANCE COMPANY. ASSOCIATED INDEMNITY CORPORATION and AMERICAN AUTOMOBILE INSURANCE COMPANY a a meeting duly called and held. or by written consent. on the 19th day of Mant 1995. and said Resolution hn not ten wended or mreakd: "RESOLVED. that the signature of any Vice -President Assistant Secretary. and Resident Assistant Secretwy of the Companies. and the seal of the Companies may be affixed or minted on arry power of testy. on any mutton of any gower of warty. or cc any certificate relating trio. by facsimik. and any power of =tinny, say troccetion of any poser of money. or cenificate tering such facsirnik signature or facsarnik seal shall be valid and binding upon the Companies dtis 216 day of IN WITNESS WHEREOF. the Companies have caused ther9nsents to te signed by their Vice -Resident wid their ono= seals to be January By STATE OF CALIFORNIA COUNTY OF MARIN FIREMAN S FUND INS NATIONAL SU THE AMERICAN INS OCIATED INDEM IMMOBILE INS VS.Pieuiess o Wiled COMPANY RPORAT1ON COMPANY CORPORATION COMPANY On this 1R . day of January 199a before me perscaally come FAtrer0413 4.1 in479-371 to me known. who Sing by me duly swn did depase and say. that he is a Vete Resident of each concorns deathbed in and Mich executed the atose instrumeet; dm: be ban the seals eddy said Ccatpanies; that the seals affixed to the said instrument in snob compaity seat that they were so affixed by artkr of the Board of Directors of said companies and that he signed his name thereto by like oda. IN ViTTNESS WHEREOF. I Judy K. Bechtold comm. $11 009437 NOTARY PUBLIC • CAUFORN SONOMA OCONTY Comm. Exp. June 2, 2000 STATE OF CALIFORNIA COUNTY OF MARIN ts 1. the andasigned. Resident Assistant Secretary of each compluty. DO HEREBY CERTIFY diat the (aqc.ng and attached POW BT OF ATTORNEY rennin in full force and has not been revoked; and furthermore that Ankle VII of the By-laws of each company. and the Rnoktion of the Board of Direact an forth in the Power of Aslant". an now in fora *a day and year herein fit above wan Signed and wined it the County of Mtn. Dated the of • 36079141-98 STAFF REVIEW FORM XX AGENDA REQUEST CONTRACT REVIEW GRANT REVIEW For the Fayetteville City Council meeting of March 16/ 1999 tzz irpo tyro FROM: Barold Dahlinger facilities Superintendent Name Division t Department ACTION REQUIRED:Award of bid to Banklin & Sons, low bidder, to reroof the City Administration Building and approve a 10% contingency. COST TO CITY: L 36,387 -- Cost of this Request 350,000 Category/Project Budget 4470-9470-5804-00 Account Number Funds Used To Date 96028 $ 350000 Project Number Remaining Balance Building Improvements Category/Project Name Program Name Sales Tax Capital Fund BUT3ET IEW: Budge Coordinator XX Budgeted flem Budget Adjustment Attached Administrative Services Director CONTRACT/GRANT/LEASE REVIEW: Acco Lefty ca-c,i, Date 37/ -2 C9y Adirorney .. Dat Purchasing Officer Date GRANTING AGENCY: Lz4t)41b/n d 0,2-026- 9? ernal Audito Date ADA Coordinator Date STAFF RECOMMENDATION:Staff recommends approva •10% contingecy. oite. n vis on G2te 9 Departme Date Admanist tive Services Director Date Mayo Date award of bid to Franklin & Son and Cross Reference New Item: Yes No Prey Ord/Res #: Orig Contract Date: A:\AGENDA.BLK